|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 7,1997 PSA#1778Department of the Army, Baltimore District, Corps of Engineers, 10
South Howard Street, Room 7000, P.O. Box 1715, Baltimore, MD
21201-1715 C -- A-E SVCS ARE REQUIRED FOR ONE INDEL DEL-TYPE A-E
(MULTI-DISCIPLINE) CONTR FOR US HOLOCAUST MEMORIAL MUSEUM WASHDC MAY BE
USED BY AGENCIES & BALTO DIST SOL DACA31-97-R-0019 POC Susan Sonenthal,
410-962-7646 CONTRACT INFORMATION: AE service are required for one
indefinite delivery-type contract for use at the US Holocaust Museum,
Washington, DC, as well as for use by other Federal Agencies and may be
used to support other Baltimore District missions. This announcement is
unrestricted and therefore is open to all businesses, regardless of
size. The contract will be for one base period and two option periods.
Performance periods will not exceed 1 year. The contract amount for
the base period and any option period will not exceed $1,000,000 each.
Individual task orders shall not exceed the annual contract amount.
Anticipated award date is July 1997. 2. PROJECT INFORMATION. Design
services required for these projects include, but are not limited to:
architectural, interior design, planning, civil engineering, electrical
engineering, mechanical engineering (including plumbing), fire
protection, sanitary engineering, structural engineering, vertical
transportation, cost estimating, and security systems design. Work will
be for new construction, roofing systems, building maintenance,
preparation of reports, studies, programming documentation, design
criteria, and may include economic analysis, design and preparation of
construction documents, construction management services, facility
related studies, contract drawings and specifications and other support
activities. The AE must have experience in design of museums,
renovation of existing exhibition areas without diminishing the
experience of moving between spaces; protection of museum collections
through installation of climate control systems; and the ability to
weave elements of history and humanism into the fabric of the design,
symbolically, through the use of design elements. At the same time, the
A-E must have the ability to design additions or alterations within the
framework of the current aesthetics and the original design. The firm
selected must be an architectural lead with multidiscipline capability.
Multidiscipline capability may be either through in-house staff or
through the use of consultants. The AE must also have the capability to
provide designs for vertical transportation (elevators, escalators,
etc.) and be able to accomplish elevator inspection and escalator
certification services. 3. SELECTION CRITERIA: See Note 24 which is
listed in the back of any Monday issue of the CBD, for general
selection process. The selection criteria are listed below in
descending order of importance. Specialized experience and technical
competence of the firm and consultants in: (1) Experience in
architectural designs which memorialize events associated with the
"Holocaust" (2) Architectural and engineering design and renovation of
unique museum facilities which includes large public assembly areas
(3) Experience in design of additions and modifications to national
memorials (4) Experience in submissions and presentations to the
National Capital Planning Commission (NCPC) and the Commission of Fine
Arts (CFA). The basis for selecting an AE for a particular delivery
order will be based on several factors. Among these factors are
anticipation of customer needs, customer satisfaction, current capacity
of the contract, ability of the AE to perform the task in the required
time, unique specialized experience that the AE can offer, and
performance and quality of deliverables under the AE's current IDTC,
along with customer responsiveness. While this process is necessarily
a "subjective" process, the intent of this contract is to satisfy
customer needs in an expeditious and cost effective mode. 4.
SUBCONTRACTING PLAN REQUIREMENTS: If a large business is selected, a
subcontracting plan with the final fee proposal will be required,
consistent with Section 806 (b) of PL 100-180, PL 95-507, and PL
99-661. A minimum of 25% of the total planned subcontracting dollars
shall be placed with small business concerns. At least 5% of total
planned subcontracting dollars shall be place with small disadvantaged
businesses, including Historically Black College and University or
Minority Institutions, and 5% with women-owned small businesses. The
plan is not required with this submittal. 5. SUBMISSION REQUIREMENTS:
See Note 24 for general submission requirements. Interested firms
having the capabilities to perform this work must submit a SF 255 for
the proposed team. Failure to submit 254s for subcontractors will
result in elimination. Previously submitted 254s are not retained in
this office. Copies of SF 254 for the prime firm and all consultants
must also be submitted. Submit responses within 30 days from the date
of this announcement, including date of publication, to US Army Corps
of Engineers, City Crescent Building, 10 South Howard St., Room 7000,
Baltimore, MD 21201. Solicitation packages are provided only to the
selected firm after selection approval. Results of selection will be
mailed to non-selected firms approximately 60 days after closing of
this announcement. Point of contact can be reached at Internet:
Susan.J.Sonenthal @usace.army.mil or 410-962-7646. (0036) Loren Data Corp. http://www.ld.com (SYN# 0014 19970207\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|